DLA POLICE CENTER APPLICATION SOFTWARE
ID: SP4701-25-R-0004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO PHILADELPHIAPHILADELPHIA, PA, 19111, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The Defense Logistics Agency (DLA) is seeking proposals for the development of Police Center Application Software under solicitation number SP4701-25-R-0004. This procurement aims to enhance the operational capabilities of the DLA Police Center by acquiring essential software and hardware services from specified manufacturers, primarily Caliber Public Safety and MicroAutomation, Inc., over a five-year period. The contract will cover a base period from May 16, 2025, through May 15, 2026, with four optional renewal years, and is expected to comply with federal regulations, including accessibility standards as outlined in the Revised Section 508 of the Rehabilitation Act. Interested vendors must submit their proposals via email to the designated contacts, Vince Palmarini and Christopher P. Lawrence, by April 16, 2025, at 1:00 PM Eastern Time.

    Point(s) of Contact
    Christopher P. Lawrence
    Christopher.Lawrence@dla.mil
    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) for the DLA Police Center, detailing the procurement of various items and software services over a five-year period. The primary focus is on the acquisition of hardware and software from two main manufacturers, Caliber Public Safety and MicroAutomation, Inc. The agreement includes four option years that extend procurement beyond the base contract period of May 16, 2025, to May 15, 2026. Key items listed include quantities of public safety equipment and various parts for emergency response and computer-aided dispatch systems. Each item’s intended lifespan is established with specific timelines for availability, from initial contracts through multiple option years. Additionally, the document outlines specific software services and their associated costs over the contract period. This RFP serves to enhance the capabilities of the DLA Police Center, ensuring adequate provisions for law enforcement operations while maintaining adherence to budgetary requirements. Vendors are expected to provide detailed pricing and completed units in accordance with outlined specifications, as the RFP aligns with federal grant funding and compliance standards essential for public safety services.
    The document provides a comprehensive guideline for completing the Voluntary Product Accessibility Template® (VPAT®) EN 301 549 Edition, serving as a tool for vendors to report their products' conformance to accessibility standards. It outlines the purpose of the VPAT, which is to document compliance with major accessibility standards like WCAG and EN 301 549, facilitating assessments by customers for public procurement of Information and Communication Technology (ICT) products. Key sections include essential requirements for crafting the Accessibility Conformance Report, which stipulates minimum content requirements, evaluation methods, and terminology to be used. Additionally, the document stresses best practices for vendors, including branding, revisions, and the necessity to maintain a clear and accessible format throughout the report. Vendors are advised to ensure their reports align with specified accessibility standards, fully disclosing level of conformance through clear, structured tables. The guidance aims to improve consistency and accuracy in reporting product accessibility, ultimately supporting compliance with federal and local government contracting requirements. This ensures enhanced access for individuals with disabilities and aligns with governmental objectives in fostering inclusivity in technology.
    The document outlines the Information and Communications Technology (ICT) Accessibility Requirements per the Revised Section 508 of the Rehabilitation Act, specifically related to software maintenance services and ICT support. It emphasizes that all ICT support documentation and services must adhere to specified standards for accessibility, including help desks, training services, and self-service technical support. Key functional performance criteria include providing accessible modes of operation for users with various disabilities, such as visual, auditory, and physical limitations. Additionally, the report mandates that accessibility features are clearly communicated to support service users, ensuring accommodations for all communication needs. The Accessibility Requirements Report should be included in relevant solicitation documents, guiding procurement processes according to the Revised 508 Standards Toolkit. This file serves to ensure compliance with accessibility requirements, highlighting the federal government's commitment to inclusivity in ICT services for individuals with disabilities. It establishes essential criteria and expectations for agencies involved in ICT procurement and support, reflecting the government's overarching goal of fostering equal access to information technology.
    The document outlines a federal acquisition strategy for software licenses and maintenance support related to the Caliber and MicroAutomation brands, essential for the Defense Logistics Agency's (DLA) Police Operations Center (POLC) application. The estimated value for a 12-month base year, along with four 12-month option years, will be funded using FY25 appropriations. The acquisition is executed under Title 41, U.S.C. 3304(a)(1), which allows for limited competition due to the unique qualifications of the vendor, making alternative solutions impractical. Market research confirmed that only Caliber and MicroAutomation products meet the necessary requirements for DLA's cybersecurity needs. An unrestricted Request for Proposal (RFP) will be posted on SAM.gov to solicit offers from all potential sources, including authorized resellers. The intent is to acquire fair and reasonable pricing through competitive proposals analysis, leveraging price comparison techniques. Despite ongoing efforts to foster competition, at present, no viable alternatives to the specified brand names have emerged. The DLA is committed to evaluating new technologies and vendors to enhance future procurement opportunities. This document reflects the agency's efforts to meet operational requirements while adhering to federal regulations regarding procurement processes.
    The Defense Logistics Agency (DLA) has issued a Request for Quotation (RFQ) for the development of DLA Police Center Application Software under solicitation number SP4701-25-R-0004. This RFQ is issued as an unrestricted acquisition, identified by NAICS code 541519, and invites offers from certified dealers or resellers. Quotes are due by April 16, 2025, at 1:00 PM Eastern Time, directed to the designated contracting officers via email. The evaluation criteria are based on the lowest price technically acceptable, ensuring that each proposal meets all aspects of the government's requirements outlined in the accompanying Bill of Materials (BoM) and Statement of Work (SOW). The contract will cover a base period from May 16, 2025, through May 15, 2026, with four optional renewal years. Provisions from the Federal Acquisition Regulation (FAR) apply, including clauses concerning compliance and reporting requirements. The selection process aims to ensure that the selected contractor complies with various federal mandates while facilitating the timely acquisition of the necessary software for DLA operations. This effort underscores the DLA's commitment to enhancing its operational capabilities within regulatory frameworks.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Loading similar opportunities...